Skip to main content

Main navigation

  • Documents
  • Search

User account menu

  • Log in
Home
Nashua City Data

Breadcrumb

  1. Home
  2. Search

Search

Displaying 24351 - 24360 of 38765

Finance Committee - Agenda - 5/17/2017 - P260

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
260
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

C-1.

CONNECTING PIPE OF DIFFERENT MATERIAL
(Mechanical joint couplings, Strongback Fernco or equal and Reducers)

Connecting sewer main pipe of different materials shall be done with either a
Strongback Fernco coupling (or equal) or a dresser style watertight mechanical
joint (MJ) coupling unless that pipe connection is from PVC to DI in which an MJ
coupling shall be used. When a pipe is to be CIPP lined (as shown on the plan
set), a regular rubber Fernco (or equal) type coupling shall be used with stainless
steel straps, which shall be incidental to the cost of the CIPP lining

The contractor shall carefully measure the outside diameter of each pipe to
determine the correct coupling prior to ordering.

A manufacturer's data sheet shall be submitted and approved by the Engineer
prior to construction.

Strongback Fernco (or equal), mechanical joint couplings and reducers shall
measure by each installation completed in place and paid by each installation for
Item 1j.

. Reducer connections will follow the same specifications of section C.1.

The work of connecting a new pipe to an existing brick sewer pipe at a location
where the existing sewer pipe has an existing connection hole will be paid by
Item 1i.

REPLACE OR CONSTRUCT SEWER MANHOLE:

The work of this item shall be paid per vertical foot measured from the lowest
pipe invert elevation to the rim elevation for new or replaced manholes including
a standard 30" frame and cover. Replacing an existing sewer manhole frame and
cover shall be measured by the each, including removing the existing frame and
cover, adjusting to finish grade and reconstructing up to 12 inches of the
supporting brickwork.

The contract unit price per each manhole to be paid shall constitute full
compensation for supplying all material, labor, tools, and equipment required to
remove and dispose of the existing manhole and install a new manhole as
specified in Section 02631, PRECAST MANHOLES & CATCH BASINS.

The unit price for this item shall include excavation, crushed stone bedding, and
backfill; furnishing and installing base, invert channels, gaskets, sealants,
connections and couplings; excavation, backfill, and all incidental work necessary
to complete the pre-cast concrete manholes as shown on the drawings and as
specified herein.

01150 -5

Page Image
Finance Committee - Agenda - 5/17/2017 - P260

Finance Committee - Agenda - 5/17/2017 - P261

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
261
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

4. Bypass pumping and plugging or blocking of sewer flow shall be considered
incidental to the work and shall not be measured separately for payment.

5. Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

6. The work under this section shall be paid at the contract unit price per vertical foot
under Item 1f, Replace sewer MH with 4 foot diameter Sewer Manhole, Item
1f(1), Replace or Construct 4 foot diameter Doghouse Sewer Manhole.

E. SLIP LINING:
Slip lining work will be done as required by Section 02769 and will be paid by
Items 1k (1) (SEE BELOW) and 1k (2).

NOTE ON INSURANCE REQUIRED BY THE RAILROAD AGENCY:

Item 1k (1), in addition to the work necessary to provide the slip lining
product installed, will also include all costs associated with Railroad
Insurance requirements. These are as follows:

1. Commercial General Liability (CGL) coverage at their sole cost and
expense with limits of not less than

$5,000,000 in combined single limits for bodily injury and/or property
damage per occurrence, and such policies shall name PAR as an additional
insured.

2. Statutory Worker’s Compensation and Employers Liability Insurance
with limits of not less than $1,000,000, which insurance must contain a
waiver of subrogation against PAR and its affiliates [if permitted by state
law].

3. Commercial Automobile Liability insurance with limits of not less than
$1,000,000 combined single limit for bodily injury and/or property damage
per occurrence, and such policies shall name PAR as an additional insured.

4. Railroad Protective Liability (RPL) insurance with limits of not less than
$5,000,000 combined single limit for bodily injury and/or property damage
per occurrence and an aggregate annual limit of $10,000,000, which
insurance shall satisfy the following additional requirements:

a. The Railroad Protective Liability Insurance Policy must be on the

ISO/RIMA Form of Railroad Protective
Insurance - Insurance Services Office (ISO) Form CG 00 35.

01150-6

Page Image
Finance Committee - Agenda - 5/17/2017 - P261

Finance Committee - Agenda - 5/17/2017 - P262

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
262
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

b. Pan Am Railways, as well as the appropriate rail line, must be the
named insured on the Railroad Protective Liability Insurance Policy. The
named insured’s address should be listed as one or more of the following:

Pan Am Railways

Springfield Terminal Railway Company
Boston and Maine Corporation

Maine Central Railroad Company

Pan Am Southern, LLC

Portland Terminal Company

c. The name and address of the Contractor and of the Project
Sponsor/Involved Governmental Agency must be shown on the
Declarations page.

d. <A description of operations and location must appear on the
Declarations page and must match the Project description.

e. Authorized endorsements must include:
(i). Pollution Exclusion Amendment - CG 28 31, unless using form CG
00 35 version 96 and later f. Authorized endorsements may include:
(i). Broad Form Nuclear Exclusion - IL 00 21 (ii). Notice of Non-
renewal or cancellation
(iii). Required State Cancellation Endorsement
(iv). Quick Reference or Index - CL/IL 240

f. Authorized endorsements may not include:

(i). A Pollution Exclusion Endorsement except CG 28 31

(ii). An Endorsement that limits or excludes Professional Liability
coverage

(iii). A Non-Cumulation of Liability or Pyramiding of Limits
Endorsement

(iv). A Known Injury Endorsement

(v). A Sole Agent Endorsement

(vi). A Punitive or Exemplary Damages Exclusion (vii). A “Common
Policy Conditions” Endorsement (viii). Policies that contain any type of
deductible

(ix). Any endorsement that is not named in Section 4 (f) or (g) above
that PAR deems unacceptable

5. All insurance companies must be A. M. Best rated A- and Class VII or
better

6. Such additional or different insurance as PAR may require

O1150-7

Page Image
Finance Committee - Agenda - 5/17/2017 - P262

Finance Committee - Agenda - 5/17/2017 - P263

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
263
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

2.02

II. Additional Terms

1. Contractor must submit the complete Railroad Protective Liability
policy, Certificates of Insurance and all notices and correspondence
regarding the insurance policies to Pan Am _ Railways, Real Estate
Department.

Neither Agency nor Contractor may begin work on or about PAR property
until approval of the required insurance has been received from PAR.

SEWER BUILDING CONNECTION SYSTEMS:
WYES & TEES:

The number of wyes and tees to be paid for under this item shall be equal to the
actual number installed.

The unit price shall constitute full compensation for furnishing all labor, tools,
equipment and materials necessary for installing the wyes and tees; and all other
work necessary to complete the watertight connection excluding the cost of
straight pipe.

Connection for a service line to a CIPP pipe shall be by using a Romac coupling
(if sizing is available for the pipe diameter) or an Inserta tee. Payment this item
shall included all labor, material and equipment needed to core into the existing
pipe to make a round, uniform opening for the Romac coupling or inserta tee.
The same cost shall apply whether the connection is for a 6-inch sewer service
line or a 12-inch PVC drain line. This work will be paid by Item 2f.

The work shall be paid for at the contract unit price each under Items 2g, 2h, 2k
and 21 for wyes.

PVC SEWER SERVICE CONNECTION:

The number of sewer service connection replacements to be paid for under this
item shall be the actual linear footage replaced. All sewer service connections
encountered during the Contractor's excavation for the replacement of sewer
mains under this contract shall be replaced. The contractor shall determine the
location of each sewer service for each property along the project limit prior to
beginning sewer main construction. In certain situations it may be necessary to
locate the sewer service using test pits under pay Item 4a.

The unit price for the replacement of sewer service connections shall constitute
full compensation for furnishing all materials, labor, tools, and equipment
necessary to replace each existing sewer service connection with PVC from the
wye branch of the main sewer to the existing curb line or back of sidewalk as
shown on the plans or directed by the Engineer, including reconnection to the

01150-8

Page Image
Finance Committee - Agenda - 5/17/2017 - P263

Finance Committee - Agenda - 5/17/2017 - P264

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
264
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

existing sewer service with a flexible coupling, as required; wastewater handling;
excavation, including the removal and disposal of the existing pipe material,
elbows, backfilling; crushed stone bedding; select material, gravel sub-base, and
installation of the pipe to a depth indicated on the drawings or as directed by the
Engineer measured along the centerline of the pipe.

Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

The installation of PVC sewer service shall be paid for at the contract unit price
per linear foot under Items 2a and 2a (1) and shall include the removal and
disposal of the old pipe present in the same trench.

The Contractor shall be responsible for ensuring and demonstrating to the City
Inspector that all service connections are completed and operational prior to road
restoration.

. Work also involves removing abandoned lateral pipe by way of Item 2r.
INSTALL PVC DRAINAGE CONNNECTION:

The quantity of PVC drain installed shall be measured in place on a linear foot
basis after acceptance by the Engineer. Measurement shall be along the
horizontal projection of the centerline of the pipe at ground level and paid for
under this item.

The unit price shall constitute full compensation for furnishing all materials,
labor, tools, and equipment necessary and for excavation, including the removal
and disposal of the existing pipe material, if applicable, connections to new
manholes and catch basins, sheeting not left in place; backfilling; crushed stone
bedding; elbows; select material, gravel sub-base, testing; and installation of the
pipe, to a depth indicated on the Drawings or as directed by the Engineer.

Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

The work under this section shall be paid at the contract unit price per linear foot
under Items 2b and 2b (1).

INSTALL PVC CHIMNEYS:

The quantity of PVC chimney installed shall be measured in place on a vertical
foot basis after acceptance by the Engineer. Measurement shall be along a
vertical projection from the top of the main sewer to the top of the chimney, less
4-feet. Any chimney 4-feet or less in height will not be considered for payment.
The chimney is defined as the point at which the sewer service drops down

01150-9

Page Image
Finance Committee - Agenda - 5/17/2017 - P264

Finance Committee - Agenda - 5/17/2017 - P265

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
265
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

vertically. Should the sewer services come in at a lower elevation with a
chimney less than 4-feet or have no chimney, there is no payment.

The unit price shall constitute full compensation for furnishing all materials,
labor, tools, and equipment necessary and for excavation, including the removal
and disposal of the existing pipe material, if applicable, connections to new
sewer, concrete encasement; backfilling; crushed stone bedding; select material,
gravel sub-base, testing; and installation of the pipe, as indicated on the Drawings
or as directed by the Engineer.

Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

The work under this section shall be paid at the contract unit price under Item 2d
for chimney depths 4-10 feet.

INSTALL INSIDE DROP CONNECTION

The quantity of Inside Drop Connections installed will not be measured since this
item is incidental to the installation of the sewer manhole. In general, sewer
pipes entering a manhole with greater than 2-feet of vertical drop shall require an
inside drop. Catch basins entering a sewer manhole also require an inside drop
but only if the vertical drop is greater than 3-feet (unless otherwise directed by
Engineer at a negotiated cost).

This work shall constitute full compensation for furnishing all materials, labor,
tools, and equipment necessary and for excavation, including the removal and
disposal of the existing pipe material, if applicable, connections to new sewer,
concrete encasement; backfilling; crushed stone bedding; select material, gravel
sub-base, testing; and installation of the pipe, as indicated on the Drawings or as
directed by the Engineer.

Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

The work under this section shall not be paid separately, but shall be included in
the cost of the sewer manhole items.

FILL SEWER PIPE AND/OR STRUCTURES WITH FLOWABLE FILL OR
REMOVE EXISTING PIPE BY EXCAVATION

This item is shall include pouring flowable fill into sewer pipes and/or structures
to be abandoned (but not removed) as shown on the plan set. Methods are more
fully described in Section 02534 FILL SEWER PIPE OR STRUCTURE (TO BE
ABANDONED). This item also includes work where it may be necessary to
remove existing sewer pipe by excavation.

01150 - 10

Page Image
Finance Committee - Agenda - 5/17/2017 - P265

Finance Committee - Agenda - 5/17/2017 - P266

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
266
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Work shall furnishing all materials, labor, tools, and equipment necessary and for
excavation, backfilling, testing; and installation of the flow-able fill, as indicated
on the Drawings or as directed by the Engineer. The contractor shall open a hole
to the pipe elevation at the other end of the fill, if none exists, to ensure the entire
pipe has been filled with the concrete.

Work shall conform to the City of Nashua Standard Specifications Sewers &
Drains (Appendix A).

The contractor shall not be paid for removal of existing sewer pipe, catch basin or
sewer manhole when it is located within 2 feet of the planned exaction necessary
to install new sewer main, catch basin or manhole. Removal of existing pipe or
structures will be considered incidental to the work in this case.

The contract shall remove catch basins and sewer pipes where directed on the
plans. At the Engineer’s direction, the contractor’s may need to abandon certain
structures or pipes where excavation is not needed or it 1s the more economical
than pipe removal. Flowable fill shall be used when structures or pipes are to be
abandoned at the unit price in the bid schedule.

The work under this section shall be paid under Item 2m — flowable fill for
abandoning sewer or drain pipe on a cubic yard basis.

2.03 CATCH BASINS & APPURTANENCES

A.

REMOVE AND REPLACE EXISTING CATCH BASIN WITH NEW CATCH
BASIN:

The work of this item shall be paid per each replaced catch basin, including frame
and grate. Only those catch basins ordered by the Engineer to be replaced shall
be measured for payment. Catch basins damaged by the contractor shall be
repaired or replaced at no cost to the City of Nashua. Catch basins shall have a 4’
sump and an oil and debris trap.

The contract unit price per each catch basin to be paid shall constitute full
compensation for supplying all material, labor, tools, and equipment required to
remove and dispose of the existing catch basin and install a new 4-foot diameter
catch basin, with 4’ sump and oil and debris trap, as specified in Section 02631,
PRECAST MANHOLES & CATCH BASINS and shall conform to the City of
Nashua Standard Specifications for Sewer & Drain (Appendix A).

The unit price for this item shall include excavation, crushed stone bedding, and
backfill; furnishing and installing sump, walls, gaskets, sealants, connections,
couplings, capping the existing leader at the sewer main and at the catch basin,
frame, grate, and granite inlet curb; and all incidental work necessary to complete
the pre-cast concrete catch basin as shown on the drawings and as specified
herein.

01150- 11

Page Image
Finance Committee - Agenda - 5/17/2017 - P266

Finance Committee - Agenda - 5/17/2017 - P267

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
267
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

Work on catch basins, frames, grates, and granite inlet curb shall conform to the
Materials and Construction Requirements of Section 604 Catch Basins, Drop
Inlets, and Manholes of the NHDOT Standard Specifications and to City of
Nashua Standard Specifications for Sewers & Drains (Appendix A).

4 foot catch basins shall be paid for at the contract unit price per each for Item
3a.

2.04 MISCELLANEOUS EARTHWORK:

A.

Unless designated otherwise in this subdivision, earthwork shall not be
separately measured for payment, but shall be considered incidental to
construction of the project.

ROCK EXCAVATION: (not in contract)

Rock excavation shall be measured per cubic yard and shall conform to Section
203 of the NHDOT Standard Specifications.

The work is not in contract as no rock excavation is expected in the existing sewer
main trench line.

EXCAVATION AND BACKFILL OF UNSUITABLE MATERIAL ABOVE
NORMAL GRADE: (Not a pay item, this work is subsidiary)

If, in the opinion of the Engineer, the material at or above normal grade is
unsuitable for use as backfill, it shall be removed and disposed of to such depths
and widths within the limits of payment as ordered by the Engineer. Normal
grade is defined as the elevation of the trench bottom, as shown on the drawings.

The quantity of earth excavation and backfill of unsuitable material above normal
grade to be included for payment shall be the number of cubic yards of unsuitable
material ordered to be removed and measured by the Engineer within the normal
trench limits shown on the contract drawings, excluding quantities paid under
other items.

Topsoil, paving materials, frozen material or ledge excavation above the normal
grade of the trench excavation will not be considered for payment.

The unit price for this item shall constitute full compensation for excavation of
unsuitable material above normal grade and disposal of unsuitable material,
excluding materials noted above, and furnishing, installing and compacting
approved backfill materials as specified in Section 02300, EARTHWORK, of the
Contract Documents.

The Contractor will not be reimbursed for excavation of unsuitable material
above normal grade, which has not been ordered by the Engineer.

01150 - 12

Page Image
Finance Committee - Agenda - 5/17/2017 - P267

Finance Committee - Agenda - 5/17/2017 - P268

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
268
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

This work is subsidiary.

EXCAVATION AND BACKFILL OF UNSUITABLE MATERIAL BELOW
NORMAL GRADE: (Not in contract. this work 1s subsidiary.)

If, in the opinion of the Engineer, the material at or below normal grade is
unsuitable for use as foundation, it shall be removed and disposed of to such
depths and widths as ordered by the Engineer. Normal grade is defined as the
elevation of the proposed pipeline trench bottom, as indicated on the drawings.

The quantity of earth excavation and backfill below normal grade to be included
for payment shall be the number of cubic yards of unsuitable material ordered to
be removed and measured by the Engineer within the normal trench width as
indicated on the drawings.

The unit price for excavation and backfill of unsuitable material below normal
grade shall constitute full compensation for excavation of unsuitable material
below normal grade, disposal of unsuitable material, and furnishing, installing
and compacting approved backfill materials as specified in Section 02300 of the
Contract Documents.

The Contractor will not be reimbursed for excavation of unsuitable material
below grade, which has not been ordered by Engineer. The Contractor shall
backfill and compact any such over-excavated areas in accordance with the
specifications, at no additional cost to the Owner.

The work shall not be paid for separately. Not a pay item.

TEST PITS:

Test pits approved by or ordered by the Engineer and not incidental to
construction shall be measured per cubic yard excavated and backfilled.

The unit price under this item shall constitute full compensation for all
excavation, backfill, pavement repair, surface restoration, or other work
incidental to excavation or restoration of test pits.

The work shall be paid for at the contract unit price per cubic yard for Item 4a.

ADDITIONAL CRUSHED STONE: (not a pay item, subsidiary to pipe items)

Additional crushed stone ordered by the Engineer shall not be measured, and will
be considered subsidiary to the pipe item.

UNCLASSIFIED EXCAVATION: (not in contract)

01150 - 13

Page Image
Finance Committee - Agenda - 5/17/2017 - P268

Finance Committee - Agenda - 5/17/2017 - P269

By dnadmin on Mon, 11/07/2022 - 10:25
Document Date
Wed, 05/17/2017 - 00:00
Meeting Description
Finance Committee
Document Type
Agenda
Meeting Date
Wed, 05/17/2017 - 00:00
Page Number
269
Image URL
https://nashuameetingsstorage.blob.core.windows.net/nm-docs-pages/fin_a__051720…

2.05

2.06

Additional material removed due to changed conditions or as ordered by the
Engineer shall be measured for payment by the cubic yard.

The unit price for this item shall constitute full compensation for excavation,
disposal of material, protection of curbing and sidewalk and all other work
incidental to removal and disposal of excess material.

ENVIRONMENTAL PROTECTION
CALCIUM CHLORIDE:

Calcium chloride shall be measured per pound applied as ordered by the
Engineer.

The work shall be paid for at the contract unit price per pound for Item 5a.
SILT SACK
Silt Sacks shall be measured per each.

The unit price for each Silt Sack shall include the cost of maintenance, repair
and/or replacement of the Silt Sack for which payment has been made. Silt sacks
shall be of the size, shape and materials as shown in the detail sheet11 of the plan
set. Installation of cut filter fabric shall not be considered as payment for a silt
sack.

The work shall be paid for at the contract unit price per each for Item Sb.
ROADWAY RECONSTRUCTION
CRUSHED GRAVEL:

Crushed gravel shall be measured per cubic yard, in place and shall conform to
Section 304 of the NHDOT Standard Specifications. Width to be measured for
payment shall be as directed and approved by the Engineer. Over-excavated
trenches will not be allowed.

The unit price for this item shall include placement of crushed gravel in the top
12" or 18”0f the sewer trench or roadway as shown on the plans immediately
below the permanent pavement, or as ordered by the Engineer and shall
constitute full compensation for all other work incidental to placement of the
crushed gravel. Note payment for crushed gravel shall not include the 12-inches
of crushed gravel to be placed below the temporary pavement described in
Section D below.

Crushed Gravel work shall be paid for at the contract unit price for Item 6b.

01150 - 14

Page Image
Finance Committee - Agenda - 5/17/2017 - P269

Pagination

  • First page « First
  • Previous page ‹‹
  • …
  • Page 2432
  • Page 2433
  • Page 2434
  • Page 2435
  • Current page 2436
  • Page 2437
  • Page 2438
  • Page 2439
  • Page 2440
  • …
  • Next page ››
  • Last page Last »

Search

Meeting Date
Document Date

Footer menu

  • Contact